Design/Bid/Build - Area Maintenance Support Activity (AMSA) - San Tan Valley, Arizona

From: Federal Government(Federal)
W912QR24R0032

Basic Details

started - 25 Apr, 2024 (6 days ago)

Start Date

25 Apr, 2024 (6 days ago)
due - 16 May, 2024 (in 14 days)

Due Date

16 May, 2024 (in 14 days)
Bid Notification

Type

Bid Notification
W912QR24R0032

Identifier

W912QR24R0032
DEPT OF DEFENSE

Customer / Agency

DEPT OF DEFENSE (710286)DEPT OF THE ARMY (133295)USACE (38195)LRD (5569)W072 ENDIST LOUISVILLE (183)
[object Object]

SetAside

SBA(Total Small Business Set-Aside (FAR 19.5))

Attachments (5)

unlockUnlock the best of InstantMarkets.

Please Sign In to see more out of InstantMarkets such as history, intelligent business alerts and many more.

Don't have an account yet? Create a free account now.

Request for Proposal (RFP) Solicitation number W912QR24R0032 is issued for the Design-Bid-Build construction of the Area Maintenance Support Activity (AMSA) located in San Tan Valley, Arizona. This is a Design/Bid/Build project for the construction of a 13,985 GSF facility that is comprised of six (6) 32x32 FT work bays, Storage Areas (Tool Room, Parts, Room, Fluid Distribution, Flammable Material Storage, Contaminated Waste Storage, Battery Room), Administrative Areas (Shop Office and Break Room), a Library, and a suite of Facility Support Spaces including Toilets/Lockers/Showers, Lactation/Wellness Room, and Mechanical/Electrical/ Telecom spaces. Supporting facilities include organizational and non-organizational parking, vehicle wash rack/platforms, a bi-level equipment loading ramp, storm drainage, paving, walks, curbs and gutters, fencing, gates, lighting, information systems, landscaping, signage, circulation pavements, and access roads on 20 acres of land acquired by a
long-term, nominal-cost lease. Sustainability/Energy measures and Cybersecurity measures will be provided. Measures in accordance with the Department of Defense (DoD) Minimum Antiterrorism for Buildings standards are incorporated. Access for individuals with disabilities will be provided. Facilities will be designed in accordance with Unified Facilities Criteria (UFC) 4-171-05 and to a minimum life of 40 years in accordance with UFC 1-200-02, including energy efficiencies, building envelope and integrated building systems performance. Heating and air conditioning will be provided using self-contained systems. Contractor should be familiar with earthwork construction in local areas, masonry structures, structural steel, extension of underground utilities, and connection to existing underground utilities. Successful bidders shall be familiar with widely accepted and generally acknowledged successful practices for local construction.The Contract Duration is estimated at 743 calendar days from Contract Award.TYPE OF CONTRACT AND NAICS: This RFP will be for one (1) Firm-Fixed-Price (FFP) contract. The North American Industrial Classification System Code (NAICS) for this effort 236220. The Business Size Standard is $45M.TYPE OF SET-ASIDE: Total Small Business Set-Aside.SELECTION PROCESS: This is a Single-Phase Procurement. The proposals will be evaluated using a Best Value Trade Off source selection process. Past performance and technical information contained in the Offerors proposal will be reviewed, evaluated, and rated by the Government. The proposal for this procurement, at a minimum, will consist of the following: Prime Contractor Past Performance, Technical Factor(s) such as Management Approach, Schedule Narrative, Price and ProForma. Information such as bonding and financial capability will also be required to meet the minimum requirements of the solicitation. All evaluation factors, other than price, when combined are considered approximately equal to price.DISCUSSIONS: The Government intends to award without discussions but reserves the right to conduct discussions should it be deemed in the Governments best interest.CONSTRUCTION MAGNITUDE: The magnitude of this construction project is anticipated to be between $10,000,000 and $25,000,000.00 per FAR 36.204.SOLICITATION WEBSITES: The official solicitation is available free of charge by electronic posting only and may be found at System for Award Management (SAM) website at https://www.sam.gov. Paper copies of the solicitation will not be issued. Telephone and Fax requests for this solicitation will not be honored. Project files are Portable Document Format (PDF) files and can be viewed, navigated, or printed using Adobe Acrobat Reader. To download the solicitation for this project, contractors/offerors are required to register at the SAM website at https://www.sam.gov. From SAM.gov, all relevant files can be downloaded by go to the Attachment/Links section. Amendments to the Solicitation and associated document, when issued, will also be posted here to SAM.gov under the Attachments section for electronic downloading. This will be the only method of distributing amendments prior to closing; therefore, it is the Offerors responsibility to check both websites periodically for any amendments to the solicitation.REGISTRATIONS: Offerors shall have and shall maintain an active registration in the SAM database at https://www.sam.gov to be eligible for a Government contract award. If the Offeror is a Joint Venture (JV), the JV entity shall have valid SAM registration in the SAM database representing the JV as one business/firm/entity. If at the time of award an Offeror is not actively and successfully registered in the SAM database, the Government reserves the right to award to the next prospective Offeror.POINT-OF-CONTACT: The point-of-contact for this procurement is Contract Specialist, Ryan King at ryan.m.king2@usace.army.mil.

KO CONTRACTING DIVISION 600 DR MARTIN LUTHER KING JR PL  LOUISVILLE , KY 40202-2230  USALocation

Place Of Performance : N/A

Country : United StatesState : ArizonaCity : San Tan Valley

Office Address : KO CONTRACTING DIVISION 600 DR MARTIN LUTHER KING JR PL LOUISVILLE , KY 40202-2230 USA

Country : United StatesState : KentuckyCity : Louisville

You may also like

Alamo Group Texas Inc. - Grounds - Statewide Maintenance Equipment Contract

Due: 28 Feb, 2025 (in 10 months)Agency: ALAMO GROUP (TX) INC.

Building Automation System: Maintenance and Repair Services District Wide

Due: 05 Dec, 2024 (in 7 months)Agency: Anchor Mechanical, Inc.

Classification

naicsCode 236220Commercial and Institutional Building Construction
pscCode Y1JZCONSTRUCTION OF MISCELLANEOUS BUILDINGS